Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 10, 2001 PSA #2994
SOLICITATIONS

C -- INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL ENGINEERING AND DESIGN SERVICES, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA

Notice Date
December 6, 2001
Contracting Office
CG, MCAS Cherry Point, Facilities, OIC NAVFAC Contracts, PSC Box 8006, Cherry Point, NC 28533-0006
ZIP Code
28533-0006
Solicitation Number
N62470-02-D-4005
Response Due
January 10, 2002
Point of Contact
Isabelle Reiter, Conract Specialist 252 466-4747
E-Mail Address
N62470-02-D-4005 (ReiterSI@efdlant.navfac.navy.mil)
Description
This solicitation is for Environmental Engineering and Design Services for various projects at Marine Corps Air Station, Cherry Point, North Carolina. This is not a request for proposals. It shall have an initial term of one year and may be renewed for three additional yeas at the option of the Government. The maximum total fee (subject to necessary changes) shall not exceed $2,500,000.00, including the option years. Project work secured under this contract will be on an as-needed basis. An initial project has not yet been identified and specific information concerning potential upcoming projects should not be solicited. This solicitation is for study and design work pertaining to all aspects of environmental compliance and remediation at the Marine Corps Air Station, Cherry Point, North Carolina and outlying fields. Projects may require knowledge and expertise related to a variety of environmental regulations, including (but not limited to) the following examples: the Clean Air Act (CAA); Clean Water Act (CWA); Executive Order 12856; Emergency Planning and Community Right to Know Act ((EPCRA) and Pollution Prevention Acts (PPA). Projects related to the Resource Conservation and Recovery (RCRA) and the Comprehensive Environmental Response Compensation and Liability Acts (CERCLA) may also be included. Typical expertise required includes all types of environmental engineering services such as soil and groundwater sampling; laboratory analysis; interpretation of sampling results; site closure plans; location surveying; field investigation; management plan development; reports of findings; preparing reports or permit documents for submittal to regulatory agencies; and environmental engineering designs including preparation of plans, specifications, cost estimates, and review of construction shop drawings. A good working relationship with State of North Carolina environmental agencies may be critical on some projects. Projects may include taking part in negotiations with regulatory officials on behalf of the Air Station, and applicants must be prepared to accept such negotiation as a part of their contract responsibility. Projects may also include substantial levels of effort relating to information technology (IT). Applicants must demonstrate ability to gain familiarity with the Cherry Point Environmental Data Management System (R-EDMS in a timely manner and ability to modify the FOXPRO based database. Applicants must demonstrate expertise in IT specifically related to environmental projects performed in a timely manner with thoroughness, responsiveness to customer needs and capability to do web-based design. Applicants should address IT capabilities as part of their response to the specific evaluation factors listed in this announcement, and not limit IT discussions solely to evaluation factor (3). Applicants must demonstrate their qualifications (including each key consultant) with respect to the evaluation factors stated herein. Evaluation factors (1) and (2) are of equal and greatest importance; factors (6) and (7) are of lesser importance than factors (1) through (5). INCLUSION OF INFORMATION UNRELATED TO CONTRACT REQUIREMENTS IS DISCOURAGED. Pertinent statements relative to the evaluation factors shall be included in Part 10 of Form SF 255. Specific evaluation factors include: (1) Professional qualifications of the firm's proposed personnel and its sub-consultants (if proposed) necessary for satisfactory performance of required services. Resumes shall be included only for key persons expected to perform work under this contract; shall identify anticipated role in performing contract work; shall show specific location of each person's assigned office; shall only list work experience applicable to the types of work described in this announcement; and shall list specific training, certification and experience relative to anticipated contract project assignments. (2) Specialized recent (within the last five years) experience of the firm (including sub-consultants) and technical competence in the type of work required. Cite examples of prior work relationships with proposed subconsultants/associates. In Part 8 of SF-255 provide a synopsis of the scope of work, year work completed, point of contact and telephone number for each project listed. Include only projects relevant to the types of work described in this announcement. Each project listed shall include a list of the persons from Part 7 of SF-255 who worked on the project and briefly describe their role in the project. (3) Capacity to accomplish the work in the required time. Describe your knowledge of the work area at Cherry Point and outlying fields. Address your ability to respond should an accelerated design schedule be imposed. In a maximum of one page, provide a narrative and/or chart or graph showing the anticipated backlog of work over the next six-month period for key personnel proposed for use in this contract. Firms shall identify any major pending projects or organizational changes that could impact the ability to dedicate personnel and resources to this contract. Provide one page (maximum) for you and sub-consultants that describes office automation support and systems and other supporting equipment (i.e., AutoCAD, SpecIntact). Provide evidence that your firm is permitted by law to practice the profession of engineering in the State of residence, i.e., state registration number. (4) Past performance on contracts with Government agencies and private industry in terms of demonstrated compliance with performance schedules for projects listed in Part 8 and evidence of demonstrated long term business relationships and repeat business with Government and private customers. Firms are encouraged to submit contact names, performance ratings, and letters of commendation received for the specific projects identified in Part 8 of SF-255. (5) Quality and cost control. Provide a summary (one page maximum) of how your firm approaches internal quality control and cost control processes and procedures. Identify how these will be maintained for all work by multiple offices and sub-consultants. Provide an example of your project quality control program in action. Note that the intent of this evaluation factor is to examine quality and cost control of the total engineeing services sought by this solicitation, as opposed to focusing exclusively on quality control of laboratory test procedures. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Relate to personnel proposed and example projects listed, if possible. (7) Geographical location of the offices (including sub-consultants) that will be involved in the contract. State anticipated mode of tranportation to be used from each office and estimate approximate mileage and typical response time. Application of this criterion is contingent upon receiving an appropriate number of qualified firms. (8) The volume of work previously awarded to the firm by the Department of Defense (DOD) will also be considered, with the object of effecting an equitable distribution of DOD architect-engineer contracts among qualified architect-engineer firms. Firms shall list contract titles and show the dates of award, maximum value of each contract, and the value awarded to date for DOD contracts that they have been awarded over the last twelve month period. Firms which meet the requirements described in this announcement are required to submit one copy each of completed SF 254 and SF 255 forms. Copies of SF 254 forms are also required for proposed consultants and copies of SF 255 forms are encouraged for proposed consultants who are expected to contribute significantly to the contract. A subcontracting plan will be applicable to this solicitation. A current DCAA audit will be required prior to initiating a contract with the selected firm. Responses shall be sent to the CG, MCAS, Cherry Point, NC Facilities, OIC, NAVFAC Contracts, Building 163, Curtis Road, Cherry Point, North Carolina 28533-0006 and received no later than 4:00 p. m. on the closing date. Late responses will be handled in accordance with FAR 52.214-7. THIS PROPOSED CONTRACT IS BEING SOLICITED ON AN UNRESTRICTED BASIS. THEREFORE, REPLIES TO THIS NOTICE ARE REQUESTED FROM ALL BUSINESS CONCERNS. The small business size standard classification is 54133.*****
Record
Loren Data Corp. 20011210/CSOL003.HTM (W-340 SN5145E9)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on December 6, 2001 by Loren Data Corp. -- info@ld.com